SOLICITATION NOTICE
65 -- Stryker Hip and Knee replacement System
- Notice Date
- 11/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- N00259 Naval Medical Center San Diego Material Management 34800 Bob Wilson Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0025913T0079
- Response Due
- 11/23/2012
- Archive Date
- 12/8/2012
- Point of Contact
- Christopher Jennen 619.532.8100 Alternate - Reynaldo DeVera 619.532.5564 reynaldo.devera@med.navy.mil
- Small Business Set-Aside
- N/A
- Description
- NOTICE TO CONTRACTOR This is a COMBINED SYNOPSIS/SOLICITATION for commercial items with the intent to award on a sole source basis to Howmedica Osteonics Corp. IAW FAR 13.106-1(b)(1). The sole source is based on Howmedica Osteonics Corp. based on Stryker ™s Total Knee and Hip Arthroplasty implant design that features proprietary materials and intuitive instrumentation that work with are equipment that is currently utilized at Naval Medical Center San Diego (NMCSD). Switching to a different frature fixation implant or instrumentation could require purchasing different instrumentation in most cases. This solicitation is prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-13-T-0079. The closing date is November 23, 2012 @ 06:00am Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-61. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 339112; Size: 500. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following products: CLIN 0001 Stryker Triathlon Knee QTY: 4 Unit of Issue: Ea, Delivery requested by: 30 November 2012 Price: $______ CLIN 0002 Stryker Total Knee System QTY: 2 Unit of Issue: Ea, Delivery requested by: 26 November 2012 Price: $______ CLIN 0003 Stryker Total Hip System QTY: 1 Unit of Issue: Ea, Delivery requested by: 28 November 2012 Price: $______ CLIN 0004 Stryker Total Hip Revision System QTY: 1 Unit of Issue: Ea, Delivery requested by: 28 November 2012 Price: $______ The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-99 SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION)(AUG 2012) 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION)(AUG 2012) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2 Evaluation Commercial Items (JAN 1999) Evaluation factors in descending order of importance: 1) Delivery Schedule 2) Technical Capability, and 3) Price 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012) with the following clauses incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.219-1 Alt I Small Business Concern Program Representation (APR 2011) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 52.252-2 Clauses Incorporated By Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012) with the following clauses incorporated by reference: 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) HIPAA - Privacy and Security of Protected Health Information NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://cnic.navy.mil/CNIC_HQ_Site/index.htm, popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: Delivery Schedule. Defined as, lead time necessary to receive the product. Technical Capability: Defined as, an assessment of the prospective contractors key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to provide the requested items. Price and Past performance. Delivery schedule and technical capability, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors who do not meet the first 3 factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012) Offeror must be registered to the System for Award Management (SAM) prior to award. The website address is https://www.sam.gov/portal/public/SAM/. A Data Universal Number System (DUNS) number is required to register. Email your quote to ryan.brown2@med.navy.mil on or before 06:00 Pacific Standard Time on 23 November 2012. Submitter should confirm receipt of email submissions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025913T0079/listing.html)
- Place of Performance
- Address: 34800 Bob Wilson Drive, San Diego, CA
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN02933578-W 20121121/121119234324-1e2ebf4c9762c703c88249f7c54f9c8e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |